Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Forsvaret v/Forsvarets logistikkorganisasjon
National registration number: 988517860
Postal address: Postboks 800 Postmottak
Town: Lillehammer
NUTS code:
NO NorgePostal code: 2617
Country: Norway
Contact person: Marie Sørevik Sparby
E-mail:
masparby@mil.noInternet address(es): Main address:
https://permalink.mercell.com/179110581.aspx I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of a framework agreement for medical material - anaesthesia and intensive care
Reference number: 2022018440
II.1.2)Main CPV code33172000 Anaesthesia and resuscitation devices
II.1.3)Type of contractSupplies
II.1.4)Short description:
The purpose of the procurement is to meet the user's need for medical consumables - anaesthesia and intensive care.
II.1.5)Estimated total valueValue excluding VAT: 50 000 000.00 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)33100000 Medical equipments
33157400 Medical breathing devices
33171110 Anaesthesia mask
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement:
The procurement consists of the following: Framework agreement for the procurement of medical materiel - anaesthesia and intensive care.
The estimated value of the framework agreement is NOK 30-40 million in total, excluding VAT. The maximum value is NOK 50 million excluding VAT over the duration of the framework agreement.
See Section II (General contract provisions) and Appendix B (Requirements specification) for further information on the scope of the procurement.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 50 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 15/09/2022
End: 14/09/2026
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Qualification requirement: Tenderers must be registered in a company register or a trade register in the country where the tenderer is established. This requirement must be fulfilled by the tenderer himself, it cannot be met by the use of sub-suppliers. Documentation requirement: Norwegian tenderers: - Company Registration Certificate. Foreign tenderers: - Verification that the tenderer is registered in a company register or trade register in the country where the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Qualification requirement: Tenderers must have the required economic and financial capacity to fulfil the contract. It is sufficient to fulfil the requirement if the tenderer has achieved credit rating ‘credit worthy’ or equivalent.
Minimum level(s) of standards possibly required:
Documentation requirement: Credit rating from a certified credit rating agency, based on the last accounting data The rating must not be older than three (3) months. If a tenderer has valid reasons for not being able to provide the documentation requested by the contracting authority, the tenderer can prove his economic and financial position with any other document that the contracting authority deems suitable.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Qualification requirement I: Tenderers must have experience from similar deliveries as regards, amongst other things, size (contract value) and scope (product assortment and number of delivery places). Similar deliveries means the delivery of medical material - anaesthesia and intensive care of an equivalent nature.
Qualification requirement II: Tenderers must have a good and well-functioning quality assurance system. This means: 1) That the tenderer must have procedures to ensure that all laws and regulations covering the part of the company that will work with this contract are upheld. 2) The tenderer must have established a quality assurance system for ethical trade. The system must ensure that the tenderer is suited to fulfil the contract obligations for ethical trade, see Annex G-1 Ethical Requirements. The quality assurance system must, as a minimum, include: -Traceability in the supplier chain; a description of important supplier chains for this procurement. - Anchorage and implementation of ethical requirements in the supplier chain; ethical guidelines/Code of Conduct, and a declaration that these apply in the supplier chains connected to the procurement.
Qualification requirement III: Tenderers must have a good environmental management system. The requirement is fulfilled if the environmental management system has, as a minimum, the following elements: - A system for the company's environmental considerations and environmental policy - Strategy and competence within the environmental field - Procedures for fulfilling the contract in an environmentally responsible way. This requirement must be fulfilled by the tenderer himself, it cannot be met by the use of sub-suppliers.
Qualification requirement IV: Tenderers must have a good tracking system as regards sustainability and social responsibility. This requirement must be fulfilled by the tenderer himself, it cannot be met by the use of sub-suppliers.
Minimum level(s) of standards possibly required:
Documentation requirement I: An overview of the tenderer's 3 most relevant assignments in the last 3 years. In order to ensure sufficient competition, documentation of deliveries that the tenderer carried out more than 3 years ago can also be taken into consideration. The overview must include a statement of: - A short description of the delivery (product spectrums and geographical extent) - The assignment's value (given in annual value) - Date - Recipient (name, telephone number and email address). It is the tenderer's responsibility to confirm relevance through the description.
Documentation Requirement II: A description of the tenderer's quality assurance methods. If a tenderer is certified in accordance with ISO 9001 or equivalent standards, it is sufficient to present a copy of a valid certificate. Fill in Part 1 Annex 5 - Qualification Requirements Ethical Trade. Note that in addition documentation must be submitted as requested in the annex; i) a description of the supplier chain for the three selected products, and ii) the tenderer's, or another actor's Code of Conduct. See Annex 5 for further information on what must be attached.
Documentation requirement III: A description of environmental management measures that have been implemented in the company. The description must cover all parts of the delivery process, from the procurement of the material/raw material to when the product is delivered. The description must be a maximum of two (2) A4 pages. If a tenderer is certified in accordance with ISO 14001 or equivalent standards, it is sufficient to present a copy of a valid certificate.
Documentation requirement IV: A description of management of the supplier chain and the tracking systems the tenderer will use to fulfil the contract.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/06/2022
Local time: 09:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 14/10/2022
IV.2.7)Conditions for opening of tendersDate: 20/06/2022
Local time: 09:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo Tingrett
Town: 0164 Oslo
Country: Norway
VI.5)Date of dispatch of this notice:11/05/2022